FEDERAL MEDICAL CENTRE BIDA
ETSU YISA AREA, P.M.B. 14 BIDA, NIGER STATE
INVITATION TO TENDER
ITT NO: FMCB/PROC/2025/001
4TH AUGUST 2025
1.0 INTRODUCTION
In compliance with the section 25 (2) (ii) of the public procurement Act. 2007, the Federal Medical Centre, Bida invites reputable and competent contractors, suppliers, and service providers to submit bids for the execution of the following projects under the 2025 fiscal year:
CATEGORY A – GOODS
LOT 1: Procurement/Installation of Medical Equipment
LOT 2: Procurement/Installation of 100kva Inverter System
LOT 3: Procurement of Utility Vehicle
LOT 4: Equipping of Trauma Centre at the Permanent Site
LOT 5: Furnishing of Administrative Building at the Permanent Site
LOT 6: Furnishing and Equipping of Essan Rural Hospital, Gbako Local Government in Niger South Senatorial District
LOT 7: Equipping of Neo-natal Laboratory
CATEGORY B – WORKS
LOT 8: Construction of School of Nursing Science Wing A & B at the Permanent Site
CATEGORY C – NON-CONSULTANCY SERVICES
LOT 9: Execution of Free Medical Outreach in some selected Communities in Edu/Moro/Pategi Federal Constituency
2.0 ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1 or CAC2 and CAC7;
b. Evidence of filing Annual Return with CAC
c. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2025;
d. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above);
e. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);
f. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025;
g. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP.
h. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Federal Medical Centre, Bida or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
i. Company’s Audited Accounts for the last three (3) years – 2022, 2023 & 2024; with an annual average turnover of N 1 billion for Bids with value of N 500 million and above for works and N 250 million for Bids with value of N 100 million and above for goods.
j. Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
k. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, etc., and for medical outreach: availability of qualified healthcare professionals and necessary equipment.
l. Verifiable documentary evidence of at least three (3) similar jobs (in size, nature & complexity) executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
m. Works: List of Plants/Equipment with proof of Ownership/Lease Agreement;
n. Goods: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs) for the required equipment ensuring that the OEMs are among the companies listed in the approved policy document for the procurement of such equipment by the Bureau of Public Procurement;
o. Electricity Jobs: Evidence of current Licence issued by Nigerian Electricity Management Services Agency (NEMSA);
p. For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner)
Note: All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.